Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2017 FBO #5726
SOLICITATION NOTICE

70 -- Dell DR4100 Storage Expansion - Package #1

Notice Date
7/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Export - Import Bank of the United States, Office of Contracting Services, Contracting Services, 811 Vermont Avenue, N.W., Washington, District of Columbia, 20571
 
ZIP Code
20571
 
Solicitation Number
EXIM17Q0079
 
Archive Date
8/15/2017
 
Point of Contact
Justin Fraser, Phone: 2025653412
 
E-Mail Address
Justin.Fraser@exim.gov
(Justin.Fraser@exim.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
EXIM17Q0079 Combined Synopsis/Solicitation Attachment I-Contract Line Item Specifications Addendum to Evaluation Criteria Addendum to Instructions to Offerors EXIM17Q0079 Terms and Conditions NOTICE OF COMBINED SYNOPSIS/SOLICITATION ANNOUNCEMENT NUMBER: EXIM17Q0079 POSTING DATE: 7/25/2017 CLOSING DATE: 7/31/2017 (2 PM EST) PROPOSED AWARD DATE: 8/1/2017 CONTACT: Justin Fraser, Contracting Officer Export-Import Bank of the US 811 Vermont Ave., NW Washington, D.C. 20571 Telephone Number: (202) 565-3412 NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE: 423430 SMALL BUSINESS SIZE STANDARD: 250 employees This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation also incorporates FAR Part 13 Simplified Acquisition Procedures; as supplemented with additional information included in this notice. This combined synopsis/solicitation is being issued as Request for Proposal (RFP) number EXIM17Q0079. This combined synopsis/solicitation document incorporates provisions and clauses and includes amendments through 2005-94,2005-95 FAR revisions effective January 19, 2017, including all FAR Circulars issued as of the date of this synopsis. THIS REQUIREMENT IS SET-ASIDE 100% FOR SMALL BUSINESSES. The North American Industry Classification System (NAICS) code is 423430, Computer and Computer Peripheral Equipment and Software Merchant Wholesalers. The small business size standard is 250 employees. The purpose of this purchase order is to provide Dell Server Storage in accordance with the attached documents. A list of the CLINs provided in S01 Attachment I Contract Line Item Specifications Dell Hardware.docx contains more information and an addendum to the terms and conditions of this purchase order along with other related attachments are included in this combined synopsis/solicitation. Contractors shall quote their price in their business proposal as described in the Addendum to Instructions to Offerors 52.212-1. Delivery of the equipment shall be 30 days after the award or sooner. Contractors shall comply with all applicable Federal, State and Local laws, executive orders, rules and regulations applicable to its performance under this contract. The following clauses and provisions cited herein are incorporated by reference into this combined synopsis/solicitation and maybe obtained from the following website: https://acquisition.gov/far/. The combined synopsis/solicitation incorporates the following provisions: FAR 52.204-7, System for Award Management (July 2013), FAR 52.212-1, Instructions to Offerors-Commercial Items (February 2012) (see addendum for more information), FAR 52.212-2, Evaluation-Commercial Items (January 1999) (see addendum for more information), Offerors are advised to provide with their offer a completed copy of the following provisions (if not registered in SAM): FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (December 2012)-With DUNS Number Addendum [52.204-6 (April 2008) FAR 52.219-1, Small Business Program Representations (April 2012), FAR 52.232-38, Submission of Electronic Funds Transfer Information with Offer (July 2013), FAR 52.252-1, Solicitation Provisions Incorporated by Reference (February 1998) The following FAR clauses apply to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013), FAR 52.204-13, System for Award Management Maintenance (July 2013), FAR 52.212-4, Contract Terms and Conditions-Commercial Items (February 2012)-With Addenda [Stop Work Order, FAR 52.242-15 (August 1989) and Year 2000 Compliance (July 1997)], FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (January 2013), as well as the following clauses cited therein: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013); FAR 52.209-6, Protecting the Government's Interests When Subcontracting With Contractors Debarred, Suspended, FAR or Proposed for Debarment (August 2013); FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014); FAR 52.219-6, Notice of Total Small Business Aside (Nov 2011); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (January 2014); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (March 2007); FAR 52.222-36, Affirmative Action for Workers with Disabilities (October 2010); FAR 52.222-50, Combating Trafficking in Persons (Mar 2015); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (August 2011); FAR 52.225-1, Buy American Act-Supplies (February 2009); FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); FAR 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013), FAR 52.219-28, Post-Award Small Business Program Representation (July 2013), FAR 52.223-6, Drug-Free Workplace (May 2001), FAR 52.225-1, Buy American Act-Supplies (February 2009), FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008), FAR 52.232-23, Assignment of Claims (January 1986), FAR 52.232-35, Designation of Office for Government Receipt of Electronic Funds Transfer Information (July 2013), FAR 52.233-1, Disputes (July 2002), FAR 52.233-3, Protest After Award (August 1996), FAR 52.233-4, Applicable Law for Breach of Contract Claim (October 2004), FAR 52.242-15, Stop-Work Order (Aug 1989), FAR 52.252-2, Clauses Incorporated by Reference (February 1998), FAR 52.253-1, Computer Generated Forms (January 1991) *Please see S10 Addendum - EXIM17Q0079 - Terms and Conditions.docx for a few additional clauses and provisions that required additional text All responsible sources having the ability to provide the service described above shall submit a proposal via email to Justin Fraser at Justin.Fraser@exim.gov. RESPONSES ARE DUE BY July 31, 2017 AT 2 PM EST. All information received will be considered as part of a competitive acquisition. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial proposal(s) is/are fair and reasonable and provide(s) the best value to the government. RFP number EXIM17Q0079 shall be noted on all correspondence relating to this announcement. Inquiries regarding this procurement may be made to Justin Fraser, Contracting Officer, at Justin.Fraser@exim.gov or (202) 565-3412. This notice does not commit the Government to award a contract. NO collect calls will be accepted. NO facsimile transmissions will be accepted. ALL RESPONSIBLE SOURCES MAY SUBMIT A PROPOSAL, WHICH IF TIMELY RECEIVED, SHALL BE CONSIDERED BY THE AGENCY. Attachments- S10 Addendum to 52212-1 Instructions to Offerors.docx S10 Addendum to 52212-2 Evaluation-Commercial Items.docx S10 Addendum - EXIM17Q0079 - Terms and Conditions.docx S01 Attachment I Contract Line Item Specifications Dell Hardware.docx
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/XMBANK/OAS/CA/EXIM17Q0079/listing.html)
 
Place of Performance
Address: 811 Vermont Ave., NW, Washington, District of Columbia, 20571, United States
Zip Code: 20571
 
Record
SN04599202-W 20170728/170726232104-3b2e4d950db0937246f19f09a06ac964 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.